Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOLICITATION NOTICE

B -- Archeological and Other Historic Preservation Serv

Notice Date
7/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
NPS, PWR - HONO MABO 300 Ala Moana Blvd, Room 6-226 Box 50165 Honolulu HI 96850 US
 
ZIP Code
00000
 
Solicitation Number
P16PS02079
 
Response Due
8/25/2016
 
Archive Date
9/9/2016
 
Point of Contact
Woodford, Sunshine
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is P16PS02079 is issued as a Request for Proposal (RFP), for archeological and other historic preservation services that are to be conducted in accordance with commonly accepted professional archeological and historic preservation standards for the Pacific Island Network (World War II Valor in the Pacific National Monument on Oahu; Kalaupapa National Historical Park on Molokai; Haleakala National Park on Maui; and Ala Kahakai National Historical Trail, Pu'ukohola Heiau National Historical Site, Kaloko-Honokohau National Historical Park, Pu'uhonua O Honaunau National Historical Park and Hawaii Volcanoes National Park on Hawaii Island; National Park of American Samoa; War in the Pacific National Historical Park on Guam; and American Memorial Park on Saipan). The Government is soliciting for the award of up to two Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s) to meet this requirement. The proposed performance period of this contract is a base year, with four one-year options (estimated September 2016 - September 2021). The minimum guaranteed contract amount is $50,000. The estimated contract value is approximately $2.5 million over the life of the contract. Typical task orders (TOs) will consist of archeological and other historic preservation services at the locations listed above. Individual, firm-fixed price TOs will be issued using the negotiated pricing as provided on the price schedule. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-88, effective June 15, 2016. This acquisition is a 100% small business set aside, using NAICS 541690-Other Scientific and Technical Consulting Services and the small business size standard is $15 million. The contractor who is selected for this project will provide all labor and materials necessary to complete this scope of work. Individual task orders will vary in size and complexity. Place of Performance: National Park Service, Pacific Island Network The provision at 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items applies to the offer and the selected offeror must submit a completed copy of the listed representations and certifications. The clauses at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition, to include the following clauses cited and incorporated by reference: FAR 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34 and the following clauses in paragraph (c) 52.222-55. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.217-8 Option to Extend Services applies to this solicitation. 52.212-2 Evaluation Commercial Items (JAN 1999) applies to this solicitation: This is a competitive acquisition to be evaluated in accordance with the evaluation criteria outlined in the solicitation. A multiple award, Indefinite Delivery/Indefinite Quantity contract will be made to the responsible offeror(s) submitting a proposal that provides the best value to the Government. Best value will be determined by using the trade-off process as listed in FAR 15.101. In determining best value, the following factors and sub-factors will be considered: (1) Price (2) Method of Operations (3) Past Performance (4) Key Personnel and (5) Resources. Method of Operations, Past Performance, Key Personnel and Resources, when combined, are equal to price. Line Items: Item # 0010 Archeology and Historic Preservation Service-Base Year, see attached Schedule of Indefinite Quantity Work 0020 Archeology and Historic Preservation Service-Option Year I, see attached Schedule of Indefinite Quantity Work 0030 Archeology and Historic Preservation Service-Option Year II, see attached Schedule of Indefinite Quantity Work 0040 Archeology and Historic Preservation Service-Option Year III, see attached Schedule of Indefinite Quantity Work 0050 Archeology and Historic Preservation Service-Option Year IV, see attached Schedule of Indefinite Quantity Work A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Email responses to Sunshine Woodford, Contract Specialist, at sunshine_woodford@nps.gov (with the subject clearly annotated with the solicitation number P16PS02079). RESPONSES ARE DUE NO LATER THAN August 25, 2016, 2:00 P.M. HST. All inquiries shall be directed to the Contracting Specialist: Sunshine Woodford (808) 985-6007 DOI, NPS, PWR HONO MABO Phone: 808-985-6007 Email: sunshine_woodford@nps.gov Successful offerors shall be required to register and submit invoices via the Department of the Treasury's Internet Payment Platform (IPP): https://www.ipp.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS02079/listing.html)
 
Record
SN04194163-W 20160727/160725234829-8002e22141843ae6b094ee21625a5ada (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.